Loading...
02-05-08 Item 7To: Via: From: Date: Subject: South Miami CITY OF SOUTH MIAMI INTER - OFFICE MEMORANDUM I 2001 Honorable Mayor Feliu, and Members of the City Commission Yvonne S. McKinley, City Manager Cesar Garcia, Director Parks & Recreation Department January 29, 2008 �or Agenda Item No. : Authorizing City Manager to purchase two (2) 15- Pasenger Vans for the Parks & Recreation Department. RESOLUTION: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO PURCHASE TWO (2) 2008 15- PASSENGER VANS WITH AN EXTENDED WARRANTY OF 5 YEARS IN AN AMOUNT OF $46,844.00 FROM GUS MACHADO FORD, UTILIZING ACCOUNT NUMBER 001 - 2000 -572 -6430; PROVIDING FOR AN EFFECTIVE DATE. Request: Authorizing the City Manager to; purchase two vans utilizing existing County bid # 5203 -0/09; utilizing these vans to transport the After - School House and Recreation participants to field trips and various other park locations. Reason/Need: As discussed during the budget process, the Parks & Recreation Department is in great need of transportation. Purchase of these two (2) fifteen passenger vehicles will reduce costs associated with transporting participants of the Afterschool House and Recreation programs as well as give staff control to schedule more events and programs for our youth. The two vans serve a greater need than the originally budgeted thirty (30) passenger bus because of their versatility for our transportation needs. The purchase of these Parks & Recreation vehicles is an approved expense in the budget. Cost: $46,844.00 — ($23,422.00 each) Funding Source: Funding is through account number (001- 2000 -572 -6430) Recreation - Operating Equipment Account; with a current balance of $66,961. Backup Documentation: Proposed Resolution O Copy of State Bid 0 Vehicle Information 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 RESOLUTION NO.: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO PURCHASE TWO (2) 2008 15- PASSENGER VANS WITH AN EXTENDED WARRANTY OF 5 YEARS IN AN AMOUNT OF $46,844.00 FROM GUS MACHADO FORD, UTILIZING ACCOUNT NUMBER 001 - 2000 -572 -6430; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Afterschool House Program and that of the Recreation Department is in great need of transportation; and WHEREAS, the City of South Miami will utilize existing County bid number 5203 -0/09 to purchase the vans from Gus Machado Ford; and WHEREAS, purchase of vans will reduce the cost of transportation for the children of the Afterschool House program and that of the Recreation Department; and WHEREAS, with this purchase it does not only assist with cost that the department pays out for transportation, but will provide more opportunities for our youth to attend more field trips and be exposed to more activities /programs; and WHEREAS, the department will better utilize two (2) fifteen (15) passenger vans instead of the originally budgeted thirty (30) passenger bus because of reduced variable costs. NOW, THEREFORE, BE IT RESOLVED /ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1. That the City Manager is authorized to purchase two (2) vans from Gus Machado Ford through account number (001- 2000 -572 -6430) Recreation - Operating Equipment Account; with a current balance of $65,680.00. Section 2. Cost of the two vans would not exceed $46,844.00 — ($23,422.00 each). Section 3. The attached exhibit is incorporate by reference into this resolution. PASSED AND ADOPTED this day of , 2008. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY APPROVED: MAYOR Commission Vote: Mayor: Horace Feliu Vice Mayor: Randy Wiscombe Commissioner: Marie Birts Commissioner: Jay Beckman Commissioner: Velma Palmer Jan.10. 2008 3:10PM 1200 Wost 4e Street Hialeah, Florida 33412 (305) 820 -2595 (305) 020.2392 No. 0925 P. 1 %: Kathy Vazquez From; Juan F. Fernandez, Fam (305) 667.7806 Pegasi 2 Pioo:+®e Date, 1/1012008 Ret Vehicle Quote CC: 13 Urgent X For Review 0 PI&Wm Comment Cl Please Reply !7 Please Recycle Attached for.your review is the quote.you requested on behalf of the City of South Miami. If you have any questions regarding this quote or any other matter of mutual concern, please give us a call atyour earliest convenience at (305) 820-2696, either Jennifer or I Will be glad to assist. you. Again, thank you for affording Gus Machado Ford the opportunity to be of service to you and the City of South Miami. Sincerely, .Juan F. Fernandez Attachment CNGJ 0. 2008 3 lOPN VEHICLE ORDER CONFIRMATION 2006 ECONOLINE Order No: 1010 Priority: B2 Ord FIN: OM510 Order Type: Ord PEP: 7.21A Cust /Flt Name: SOUTH MIAMI PO Number: RETAIL No. 0925 1. 2 , ..�, �v /Ofi z.38 :25 Dealer: x'24070 Page: 1 of 1 5B Price Level: 835 RETAIL 831 E350 XL SDE WGN $31840 X34" .3.73 REG X34 138" WHEELBASE JOB #2 ORDER YZ OXFORD WHITE CC FLR VINYL,FT /RR A STD VNYL BKT ST 204 9100# GVWR NC E MEDIUM FLINT 47X NON SCH BUS-USE 721A PREF EQUIP PKG 687 RUNNING BOARDS 320 .XL TRIM! SP DLR ACCT ADJ 219 ..15P BUCK'S SEATS SP FLT ACCT CR 614 .16" SPORT COVER 6 U.S. GAL GAS 574 .A /C, HIGH CAP B4A NET INV FLT OPT 587 .ELEC AM /FM CLK DEST AND DELIV 642 .16" STEEL WHEEL TOTAL BASE AND OPTION 99L .5.4L EFI V8 ENG TOTAL 44Q .ELEC 4 -SID AUTO *THIS IS NOT AN INVOI T38 .LT245175RX16E B F1 =Help F2- Return to Order F4= Submit F5�Add to Library 8099 - PRESS F4 TO SUBNMT 4 i-tern590FLEET077 rl F3 /F12= QC04931 �3 Jan 10, 2008 3:00:38 PM Jan. 18, 2008 10:12AM 1200 West 4EP Street Hlaleah, Fiodde 33012 (305) 820 -26410 (305) 020-2602 r To. Kathy Vazquez Frorm Juan F. Fernandez Fam (305) 667 -7805 Pages: 10 Phone: Date." 1/78/2008 Res 2008 Miami -Dade vehicles Bids CCr No. 0452 P 1 0 Urgent X for RovIew O Please Comment 4 Please Reply 0 Please Reayale Attached for your review are the documents you requested regarding the 2008 Miami -Dade Vehlcle% Bids. I am sending you the Invitation to Bid covets since they are very lengthy and too many pages to copy. Also attached Is the bid award for Bid Number 5203.0/09 signed by the County Manager. The Bid's award letter for Bid Numbers 6204 and 2956 are pending commission approval. Sincerely, Juan F. Fernandez Attachment Jan, 18. 2008 10:12AM Na. 0952 P. 2 Y COUNTY Yv��YIYYYYY�I�IYI W l� BID NO.: 2996 -0/08 OPENING: 2 :00 P.M. WEDNESDAY NOVEMBEXR 21, 2007 MIAMI-DADE COUNTY FLORIDA I N V I T A T 1 0 N TO BID TITLE: MODEL YEAR 2008 POLICE PURSUIT, ADMINISTRATIVE SEDANS AND SPORT IJTXI.YT Y VEHICLES, FOR MIAMI -DARE COUNTY POLICE DEPARTMENT TIME FOLLOWING ARE.REOUIREMENTS Or THIS BID, AS NOTED BEI,O�V: DID DEPOSIT AND PERFORIVIANCE BOND ; ........................ N/A CATALOGUE AND LISTSs .............................................. _........ N/A CERTIFICATE OF COMPE TENCI' s ......... ............................... NIA EQUIPMENTLIST :...................................... ............................... NIA EXPEDITED PURCIIASING PROGRAM (EPP) NIA INDEMNIFICATIONA NSURANCE :.......... ............................... NIA LIVING WAGE: .. ... . ..... ................... 'iiiitU N/A PREABID CONFERENCEMIALk- :.... .................:.......... NIA SMALL BIiSINESS ENTERPRISE D ASURE :...................... SEE SECTION 2, PARAGRAPH 2.2 SAMPLESAMORMATION SHEETS :...... ............................... NIA SECTION3 — WIDNA ..... ......................... ............................... NIA SITE VISIT/AFFIDAVIT :..................,.......... ............................... N/A USER ACCESS PROGRAM :....................... ............................... SEE SECTION 2, PARAGRAPH 2.21 WRITTEN VVIARRANTYi . ................................... I —, ........ .�........ SEE SECTION 2, PARAGRAPH 2.9.10 FOR INFORMATION CONTACT: Pablo Martinez at 305.375.2102, or at mpablo @miamidade.gov IMPORTANT NOTICE TO BIDDERS: MIA.MI•DADE COUNTY DEPARTMENT OF PROCUREMENT MANAGEMENT PURCHASING DIVISION FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFZRE-NCE ON PAGE 40 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 40 OF SECTION 4, BID SUBMITTAL FORAM WILL RENDER YOUR BID NON - RESPONSIVE �r Jan, 18. 2008 `10:12AM xm® couNrr No. 0952 P. 3 BED NO.: 5204-0/09 OPENING: 2:00 P.M. WEDNESDAY NOVEMBER ,28, 2007 MIAMI -DADE COUNTY, FLORIDA INVI'T'ATION TO DID TITLE: MODEL YEAR 2008 PICKUP TRUCKS OF VARIOUS SIZES, FOR MIAMI -DADE COUNTY THE FOLLOWING ARE REOUIRICMENTS OF THIS BID, AS NOTED BE QW: DID DEPOSIT AND PERFORMANCE BOND:. ...................... N/A CA'T'ALOGUE AND LISTS:. ........ ............................... NIA CERTIFICATE OF COMPET�ICYs .................... .................... N/A EQII'YPIIENT LTST :...................:................., ............................... N/A EXPEDITED PURCHASING PROGRAM (EPP) N/A INDEMNIFICATION / INSURANCE ........... ............................... N/A LlYINGWAGM ............................. : ........ ..... .......... ........... .......... N/A PRF.HID CONFEltENCEAVALK- THRU:................................ N/A SMALL BUSINESS ENTERPRISE MEASURE :...................... SEE SECTION 2, PART, 2.2 SAMPI.ES/1i�TORMATION SHEETS, ....:. ...... ............ ............. NIA SECTION3 - N011A: ......................... .......... ...,,.......................... MA SITE VISIT/AFFIDAVIT: ............................ I.............................. N/A USER ACCESS PROGRAM: ...................................................... SEE SECTION 2, PARA, 2.23 WRITTEN WARRANTY :............................ ............................... SEE SECTION 2, PARA, 2.9, SUBPARA. 2.9.10 FOR INFORMATION CONTACT: Pablo, Martinez, at 305.3752102, or at mpablo@vniamidade.gov IMPORTANT NOTICE TO BIDDERS: MIAMI -DADE COUNTY DEPARTMENT OF PRO CU=4MENT MANAGEMENT PURCHASING DIVISION FAILUn TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 65 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE, FAILURE TO SIGN PAGE 65 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER YOUR BID NON - RESPONSIVE. Jan. 18. 2008110:13AWM No. 0952 P. 4 1 iNla BILE NO.: 5203.0/09 0 3 OPENING: 2:00 P.M.. WEDNESDAY NO'VICi MBJER 7, 2007 MIAMI -DADE COUNTY, FLORIDA INVITAT-1ON TO BID TITLE: MO.DEC YEAR 2008 VANS OF VARIOUS SIZES, FOR MIAMI -DADE COUNTY THE FOLLOWMIG ARE REQUIREMENTS OF THIS BJD, AS NOTED BALOW: SID DBPOSITANDPERFORMANCE BOND :.......:--............ NIA CATALOGUE AND LISTS: .................................. : ..................... NIA CERTIFICATE OF COMP NCY; ........ ............................... NIA EOWItENT LIST :...................................... ............................... NIA EXPEDITED PURCHASING PROGRAM (EPP) NIA INDEMNIFICATION4 11SURAN IC& .... :................. ................... N/A LIVINGWAGM .......................................... ...................._..._...... NIA PRE -RID CONFERENCHAVALI- THRU .. ............................... NIA SMALL'BUSBVESS ENTERPRISE MEASURE :...................... SEE SECTION 2, PARA, 2.2 SAM PLESANIFORIVIATION 8I 4ETS ....... ............................... NIA SECTION 3 -- MDIIA........... ......................... ............................... NIA SITE VISIT / AFFIDAVIT . ................. ........ .... ........ .................. .... NIA USER ACCESS PROGRAM: .................................... . ................ 013- SECTION 2, PARA. 2.21 lUITT'EN IVARItANTY . ............................... I ................. .......... SEE SECTION 2, PARA. 2.9, SUP,PARA. 2.9.10 IFOR INFORMATION CONTACT; Pablo Martinez, CPPD at 305 -315 -2102, or at mpablo @niamidade.;ov IMPORTANT NOTICE TO R1D1QIR$: MIAN11 -DADS, COUNTY DEPARTMENT OF PROCUREMENT MANAGEMENT PURCHASIXG DIVISION FAILURE 'TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 38 OF SECTION 4, BID SUBMITTAL FORM SHALT. RENDER THE VENDOR IND,LIGIBLE FOR LOCAL PREFERENCE. FAILURE TO SIGN PAGE 38 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER YOUR DID NON - RESPONSIVE. Jan. 18. 2008 10:13AN No. 0952 P. 4 IA Aa Q4. O*k 13ID NO.: 5203.0/09 OPENING: 2:00 P.M.. WEDNESDAY NOVEMBER 7, 2007 MIAMI -DADE COUNTY", FLORIDA INVI TAT-ION ` TO BID TITLE: CM0,DEL YEAR 2008 VANS OF VARIOUS SIZES, FOR MIAMI -DADE COUNTY THE FOLLOWVIKG ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND, ............... ...... N/A CATALOGUE AND LISTS :......................... ............................... N1A CERTIFICATE OF COMPET ENCY ......... ............................... NIA EQUIPMENT LIST :...................... . .................................... .......... NIA EXPEDITED PURCHASING PROGRAM (EPP) NIA INDEA4NIFICAT IONitnySURAI\ICEi ... ::..... ..... ... .................. :... . NIA LIVINGWAGE : ........................................ : ....... . ................... . . . ... N` /A PRE -BTU CONFERENCEA VALK- THRU :.......... ..................... N/A SMALL BUSINESS ENTERPRISE 1MIEASURE :...................... SEE SECTION 2, PARA, 2.2 SAIVIPLES/lNFOR&1ATION SHEETS. ...... ............................... NIA SECTION 3 -- MDRAs- .....•- ......................... ............................... NIA SITE VISIT /AFFIDA'VITc ............................ ............................... K/A USER ACCESS PROGRAM : ................................... .................. SEE SECTION 2, PARA. 2.21 WRITTEN WA RANTY ............................. ............................... S M, SECTION 2, PARA. 2,9, SUBPARA. 2.9.10 FOR INFORMATION CONTACT: Pablo Martinez, CPPD at 305.375 -2102, or at nipabloftdamidade. 0V IMPORTANT NOTICE TO BIDDERS. MIAMI -DADE COUNTY DEPARTMENT OF PROCUREMENT MANAGEMENT PURCHASING DIVISION FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 38 OF SECTION 4, BID SUBMITTAL FORIA SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE. FAILURE TO SIGN PAGE 38 OF SECTION 4, BID SUBMITTAL FORM WILL SLENDER YOUR BID NON - RESPONSIVE. • Jan. 18. 2008 10:13AM AIM CooccrW411011 Apn& CnaMlnallon IU'Imnl$w*V January 10, 2008 MI in Nbilc ft%e. Amd'I anti Mamgemom &(Aces AVlatra7, L111MAg tti191111g Owe ceinitliance All Responding Vendors (See Distribution List) (tceincss Dow►ap lew No. 0952 P. 5 Procurement Management Administration and fiscal Division 111 NW 1st Street + Suite 1300 Miami, Florida 33 1 28 -1 97 1 T 30S-375-5289 F 305 -875 -4726 305- 375 -5409 miamidade.gov CapAal impmollentu CUlrans' IartcpmtkYNrtans;xxlananUA SUBJECT: Aid Number'5203 -0/09 CAPmW sionanViNcsmv)fhftcTtust Cnm(nunFnclont Title: Model Year 2008 Vans of Various Sizes, for Miami -Dade County CiDnnoun0y Aclrwt A;a,cy ca,mmu,tlly H F.amanwc Daautolnnonl CommcmlyRCI4Aons Dear Vendors: CA-I)U nwr5IYd7ees CMcocttores h IlaMabllllatinn cn,eq�►Aria ;,� Evaluation of bids tendered in response to the above cited solicitation has been r9ocunm completed. The County Manager or designee has recommended award as shown in Fm"iLancYManagnntn,l the attached document. EmpMyec Rdatiagc CmPUWermmcT,ut7 This notice is provided in accordance with Section 1.12 of the solicitation and Geeq,nsct�ctmalogy Stcvlcos kicrtronnrs nat Rcsowm Mamtiemenl Section 2 -8.4 of tile, Code of Miami -Dade County. Our provision of this notice also rolf6n-ptoyAU'll cued, serves to confirm the lifting of the Cone of Silence from this procuremest action as rdnaaca dictated by Section 2- 11.1(t) of the County Code. rime u4swo Gow. -d scrAces AAni1i1sVuilai We appreciate the participation of all vendors who responded to the subject action, aa,vnwtenl tatonnallon C."Ier ilistaritYresma,ion If you have any questions, please contact me at 305375 -2102, or via email NonlelorSTruSt m bf1)i lo 1 1nldad . 0 . II(MItlg Arr@ney Novring finance Avl6orrlr • llon>,nScrvlcas Sincerely, IncrependtltReriowpaaol rn,ornaltnnat Radeconsanl,n,, MIAMI- DE LORiDA JuwnunScrviccs Mcdir.1 x.an7tnCr a q Melm•hilamiAcfi an pab 'tte mum"Ocan planning nFratlw, Sonlor"l'rocive rent Contracting Agent MR&W RotwRon Fin piny anti 7aMtI% Police Droeu.ammnt Mrn"tMen, Dish ibution List: Atlantic Forts Truck Sales, Inc, d /b /a Atlantio 11'uck Conter ftoi"Aswa;r,l Auto Holding Corp. Public I uacysynrvn Don Reid Ford, Inc. Gus Maohado Ford o. Safe NNrj hoct+oW Rufx : ; � r•':S ': ti a �'•'•'; , ; `} ; :.,:. .+:' •pis ?�''-c;� ° SotldVdailaManalxvSoap»ccn '' "`,.Z�'�•c;,.�`�',i••`•' -:<�; •:. S1falCAie Ausinmra Managcnen1 Attachment: County Manager:Av�ard )Itecorttme.>ildatio ..`J.t. ::_ :;K { ,•.,; ", Alk force on urban FroWnIC Reftlrral ion cc: Clerk of the Boat. .:��trf•:Lr�z� ���; Vir.'capMuseunt And itftis y� "�i:" , ` ,��• u4?' Wilor N Sewer Did Pile Jan. 18. 2008 10:13AM ho: 095'2 P. 6 Memorandum Date: December 28, 2007 To: George M. Burgess County Manager 4. Prom: Miriam Singer Director Departmen o Procurement Management Subject: Award of Contract No. 5203 -0/09: Model Year 2008 Vans RECOMMENDATION It is recommended that the County Manager award the referenced contract to Atlantic l=ord Truck Sales, Inc„ Auto Holding Corp., Don Reid Ford, Inc., and Gus Machado f=ord, Inc., to provide model year 2008 vans of various sizes and capacities for various County departments. CONTRACT NO: 5203 -0/09 TITLE: Model Year 2008 Vans of Various Sizes, for Miaml -Dade County DESCRIPTION: The purpose of this solicitation is to establish a contract for the purohase model year 2008 vans of various sizes and capacities. APPROVAL TO ADVERTISE. October 10, 2007 TERM., CONTRACT AMOUNT: USING/MANAGING ACENCY(S)/ AND FUNDING SOURCE(S): PREVIOUS CONTRACT ALLOCATION: One -year $ 979,750 for the one -year term be artment Allocation Fundina Source General Services $919,600 Vehicle Replacement Administration Trust Fund For Other Agencies Water and Sewer $ 60,250 Operating Revenue Fund Total 079,760 , r a .y ar term Jan. 18. 2008 10:13AM No. 0952 P. George M. Burgess Award of Contract No.5203 -0/09: Model Year 2008 Vans Page 2 METHOD OF AWARD: Award of Items 1 and 2, will be made to up to three, responsive, responsible bidders by vehicle type, who offers the lowest Practical Life Cycle Cost, The Practical Life Cycle Cost (PLCC) will be computed by adding the EPA city and EPA highway mileage figures for the vehicle (e5% city use and 36% highway use, respectively) for a total of 100,000 miles at $2.93 per gallon of fuel and computing the expected cost of fuel used over the life cycle. That expected fual cost will be added to the vehicle per unit price to compute the PLCC_ Once awarded, individual orders wlli be placed with the awarded bidder whose PLCC, when combined with the options selected by the County for the specific order, represents the lowest total cost to the County. Award of Items 3 through 7 will be made to up to throe responsive, responsible bidders, who offer the lowest unit price, by item. Once awarded, individual orders will be placed with the awarded bidder whose unit price, when combined with the options selected by the County'a user department for the specific order, represents the lowest total cost to the County, VENDOR(S) RECOMMENDED FOR AWARD: Item No. Description • Vendor #9 Vender u2 Vendor #3 1 Mini Car o Van NO AWARD NO BIDS WERE RiECEIVED 2 Mini Passen er Van Auto Holdin Cor . NO AWARD NO AWARD 3 Standard Cargo, Van Gus Machado Ford Auto Holding Co[ p. NO AWARD a Maxl Cargo Van Gus Machado Ford Don Reid Ford Auto Holding Corp. sea note 5 Fifteen passenger Van Auto Holding Corp. Gus Machado Ford iDon Reld Ford (see note) 6 Van Auto Hod" . NO AWARD NO AWARD 7A Walk-in Step Van 9,000 ib, GVWR with 3800 lb. payload, 125" W13 and 10' NO AWARD, NO BIDS WERE RECEIVED ,body 78 Walk -in Step Van 10,000 167 Atlantic Ford Truck NO AWARD NO AWARD GVWR with 4400 lb. Sales Payload, 133" WS and 12' body, 70 Walk -in Step Van 12,000 lb. Atlantic Ford Truck NO AWARD NO AWARD GVWR with 6300 lb. Sales payload, 157" WB and 14' bod , 71) Wafk lh Step Van •14,000 lb. Atlantic Ford Truck NO AWARD NO AWARD GVWR with 7900 lb. Sales payload, 178" WS and 18' body. OTE: Dori Reid Ford, Inc. will be added to the contract, upon compliance with Affirmative Action Plan/ Procurement pollc requirements. ,�, f � 4 � , 1' � i , t � �_ a>� �_ .. .. kr - � � - ` -.. d_ .. . � hr � •4 1 i.. - 1. fig, �. . � ,�; :r� . i.�. ". _ Y �r i ; ,fit � � ,. !..Y .,; i s � ., _ ! :Fyn �� .�.,.^ . ,',,.,. e , ,, � c ?. i it i f r7t .t � . + 1 ,� ' rt t, f � - ' � � ,� .. Jan. 18. 2008 10 :13Ai'N No. 0952 P. 8 George M. Burgess Award of Contract No.5203 -0/09; Model Year 2008 Vans Page 3 VENDOR(S) NOT RECOMMENDED FOR AWARD:. Gus Machado Ford was deemed non - responsive for Item #2, Mini Passenger Van. Section 3, Paragraph 3.98, requires a wheelbase of 191" to 929.2 ". The vendor offered vehicles with a 938" wheelbase. Don Reid Ford Inc. was deemed non- responsive for Item #3, Standard Size Cargo Van. Section 3, Paragraph 3AC requires a gasoline Engine with 245 horsepower and 325 lb. ft, of torque. The vendor offered a 4.61- V8 engine with 226 horsepower and 286 lb. ft, of torque. CONTRACT MEASURES: Small Business Enterprise (SBE) bid preference was applied In accordance with the Ordinance. LIVING WAGE: The services being provided are not covered under the Living Wage ordinance. USER ACCESS PROGRAM: The contract Includes the 2% User Access Program Provision. The program discount will be collected on all purchases. LOCAL, PREFERENCE: DELEGATION OF AUTHORITY: PROJECT MANAGER(S): ESTIMATED CONTRACT COMMENCEMENT DATE: Applied .in accordance with applicable ordinance, but did not affect the outcome of the award. Per the term and conditions of this contract, the County Manager will have, once the contract Is awarded, the authority to extend the contract for up to 180 days with prorated funding. Pablo Martinez, Department of Procurement Management Martin Darelf, General Services Administration Upon approval by the County Manager. This contract ie for the purchase of an estimated 21 model year 2008 vans of various Sizes for Mlami -Dade County agencies as listed in the attachment. County vehicles are purchased annually to replace vehicles that have exceeded their practical life cycle, and to meet now service demands. The County Intends to purchase 29 vehicles. Nineteen are replacement vehicles and two will be added to the fleet. Jan. 18, 2008 10 :INVii No. 0952 P. 9 George M. Burgess Award of Contract No.5203-0/09; Model Year 2008 Vans Wage 4 The estimated value of this replacement contract Is $979,750 for a one -year period. The allocation for the new contract has decreased, when compared to the previous contract, due to the County's fleet Reduction Program, and the extension of the life cycle of (feet vehicles from e0,000 to 100,000 miles. The bid was advertised on Miami -Made Count)(s website. and in four local newspapers: piario Les Americas, Miami Times, Daily Business Review and Haill En Marche. Hid announcements were sent to 127 vendors; both electronically and by mail, and a total of 19 vendors downloaded the solicitation. Bide were received from four vendors, aif of which are recommended for award. Approved George M. Burge county Manager Not Approved George M. Burgess County Manager 19MM Date Jan. 18. 2008 10 :140 No. 0952 P. 10 Bid # 5203 VARIOUS TYPES OF MODEL YEAR 2008 VANS Recommended Vendors ; Atlantic lord Truck Sales Auto Holding Corp Don Reid Ford Otis Machado Ford Estimated Contract Value Department Allocation GSA For Other Departments $ 919,60030 WASD $ 60,250.00 Total $ 979,750.00